SOURCES SOUGHT
V -- Shuttle Services
- Notice Date
- 8/30/2011
- Notice Type
- Sources Sought
- NAICS
- 485410
— School and Employee Bus Transportation
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
- ZIP Code
- 20301-1155
- Solicitation Number
- HQ0034
- Archive Date
- 9/24/2011
- Point of Contact
- Maurice C Brown, Phone: 7036961674
- E-Mail Address
-
maurice.brown.ctr@whs.mil
(maurice.brown.ctr@whs.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- SOURCES SOUGHT NOTICE This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION, not a pre-solicitation notice or solicitation for proposals/quotations. This notice is issued for the sole purpose of accomplishing market research. Pursuant to Federal Acquisition Regulation (FAR) Parts 6 and 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. General Requirement: This notice is issued on behalf of the Department of Defense (DoD) Washington Headquarters Services Enterprise Management Division Washington, DC to identify 8(a) sources capable of providing ground transportation services by: (1) es tablishing shuttle bus service between the Mark Center and Franconia Springfield Metro station and the Mark Center and West Falls Church Metro station to transport authorized DoD personnel. Route 1 - Franconia/Springfield Metro to/from Mark Center •• To and from the Franconia Springfield Metro Station, 6880 Frontier Drive, Springfield, VA to the Mark Center, 4800 Mark Center Drive, Alexandria, VA. •• To and from the Mark Center, 4800 Mark Center Drive, Alexandria, VA to the Franconia Springfield Metro Station, 6880 Frontier Drive, Springfield, VA. •• Estimated daily ridership is 660 personnel during each peak period. Route 2 - West Falls Church Metro to/from Mark Center •• To and from West Falls Church Metro Station, 7040 Haycock Road, Falls Church, VA to Mark Center, 4800 Mark Center Drive, Alexandria, VA. •• To and from the Mark Center, 4800 Mark Center Drive, Alexandria, VA to the West Falls Church Metro Station, 7040 Haycock Road, Falls Church, VA. •• Estimated daily ridership is 660 personnel during each peak period. •· Service Frequency : Every 15 minutes for each route Peak Hours : 0530-0930 and 1530-1930 Shuttle service required during these peak hours only. Additional conditions The successful awardee for this requirement must: 1) provide Americans with Disabilities Act (ADA) compliant vehicles, 2) provide their own vehicle garage/storage areas (layover, breaks) 3)provide drivers that pass the National Criminal Investigation Check NAIC) (the check will be government furnished) and 4) can meet the requirements to receive a DoD badge and/or building pass. Anticipated Contract Type/Vehicle: The Government reserves the right to award a single or multiple award firm-fixed price contract(s). Anticipated Period of Performance: The period of performance is anticipated to be for a 12 month base period and four 12 month option periods with the base period anticipated to start on November 1, 2011. (Subject to change at the discretion of the Government) North American Industrial Classification System (NAICS): The applicable NAICS Code for this requirement is 485410, School and Employee Bus Transportation, and the size standard is $5.0 million. Submission of Information: Entities (to include teams) having capabilities necessary to meet or exceed the general requirements in this notice are invited to submit the information requested below via e-mail (subject line "Shuttle Bus Sources Sought") to maurice.brown.ctr@whs.mil no later than September 9, 2011 at 3 PM, Eastern Standard Time. 1. Your company's name, address and Commercial and Government Entity (CAGE) code and DUN and Bradstreet (DUNS) number. 2. Point of contact (name, e-mail address, and phone number) for your company. 3. Your company's U.S. Department of Transportation (US DOT) Number. 4. Your company's Motor Carrier (MC) Number. 5. Your company's level of insurance and current policy dates. 6. The number and age of shuttle vehicles in your fleet that are 30 passenger seats or larger. 7. Your company's corporate affiliations, potential joint venture partners, teaming partners, and/or major subcontractors that would support this requirement if any. 8. An affirmative statement of your interest in this requirement e.g. prime contractor, subcontractor, joint venture member. 9. Provide information sufficient to demonstrate capability and capacity to meet the general requirements and additional conditions stated in this notice to include relevant past performance information. CCR: Interested parties should register/be registered in the Central Contractor Registration (CCR). The CCR can be obtained by accessing the internet at www.ccr.gov. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time, no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION and DO NOT SUBMIT OFFERS. After a review of the responses received, a pre-solicitation notice and solicitation may be published on the Federal Business Opportunities (FedBizOps) website. It is the potential Offeror's responsibility to monitor FedBizOps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034/listing.html)
- Record
- SN02556230-W 20110901/110831000716-8b7e8a65c672020fc08b8335546937a0 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |